HAZMAT Support Operations for Ft. Bliss, TX
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
Quick Summary
The U.S. Government, specifically the Department of the Army, is conducting a Sources Sought to identify qualified small businesses capable of providing Hazardous Material Supply Operations (HSMO) services at Fort Bliss, Texas. This market research aims to determine if a small business set-aside is feasible for the future requirement. Responses are due by February 20, 2026.
Scope of Work
The anticipated requirement involves providing management and personnel to effectively, efficiently, and safely receive, store, and issue hazardous materials. Key responsibilities include:
- Tracking and controlling all hazardous materials procured, received, stored, and issued.
- Ensuring compliance with DoD, OSHA, EPA, and installation-specific requirements.
- Implementing spill response and emergency mitigation procedures.
- Potentially requiring personnel with HAZWOPER certification, medical surveillance, and relevant training.
- Meeting security clearance/access requirements and possessing bonding/insurance capabilities, including environmental/pollution liability coverage.
Contract Details
- Opportunity Type: Sources Sought (for planning purposes only)
- Anticipated NAICS: 562112, Hazardous Waste Collection (Size Standard: $47 million)
- Current Contract: W52P1J-17-G-0095, task order # W52P1J-21-F-0318
- Attachments: Draft Performance Work Statement (PWS) and Performance Requirements Summary (PRS) are provided.
Eligibility & Set-Aside
This requirement is intended as a small business set-aside if at least two qualified small businesses respond with sufficient information. All small businesses, including those in 8(a), SDB, HUBZone, SDVOSB, and WOSB categories, are strongly encouraged to identify their capabilities.
Submission Requirements
Respondents should provide:
- Firm details (POC, DUNS, CAGE, small business status, NAICS).
- Interest in competing as a prime contractor and any subcontracting/teaming plans.
- Detailed information on previous experience with similar requirements (size, scope, complexity, timeframe), including capabilities for mobilization, base access, handling, storage, and disposal.
- Information on commercial availability, pricing, delivery, terms, conditions, and warranties.
- Identification of any GSA Federal Supply Schedule (FSS), GSA MAS, or other Government-wide contract vehicles.
- Recommendations on structuring requirements to facilitate small business competition, identify unreasonable restrictions, and improve the draft PWS/PRS.
Deadlines & Contact
- Response Due: February 20, 2026, at 3:00 PM ET
- Published Date: February 12, 2026
- Primary Contact: Marvin E. Hopkins (marvin.e.hopkins4.mil@army.mil, 254-287-0958)
- Secondary Contact: Shavon Scott (shavon.a.scott2.mil@army.mil, 520-852-1349)
Additional Notes
This notice does not commit the government to a future solicitation or contract. Not responding does not preclude future participation. Potential offerors are responsible for monitoring www.sam.gov for future information.